Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOLICITATION NOTICE

R -- Translate/Transcribe Khran Language - Attachments 1 thru 4

Notice Date
6/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541930 — Translation and Interpretation Services
 
Contracting Office
Mission Support Orlando (OAQ-MR), Immigration & Customs Enforcement (ICE), Department of Homeland Security (DHS), 9411 Tradeport Dr., Orlando, Florida, 32827, United States
 
ZIP Code
32827
 
Solicitation Number
192110CCO21000303-1
 
Archive Date
7/9/2010
 
Point of Contact
Micheal E. Weaver, Phone: 40781646602329, Debra Overstreet, Phone: 407-816-4641
 
E-Mail Address
micheal.weaver@dhs.gov, debra.overstreet@dhs.gov
(micheal.weaver@dhs.gov, debra.overstreet@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Schedule Past Performance Questionnaire Confidentiality Agreement Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, 192110CCO21000303.1, is issued as a request for quote (RFQ) for Translating and Transcribing Khran Language to English. The requirement supports the Office of the Principal Legal Advisor in accordance with the Statement of Work below. Quotes are due by 4:30 pm EDT, June 24, 2010. Quotes shall be submitted via email to Micheal Weaver, Contract Specialist at micheal.weaver@dhs.gov, or faxed to (407) 816-4680. Vendors are responsible for confirming receipt of their proposal. Proposals received late will not be considered for award. This requirement is 100% Set-Aside for small business. All responsible small business sources may submit a quotation which will be considered by the agency. Oral communications are not acceptable in response to this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, effective April 22, 2010. The NAICS Code is 541930 and the small business size standard is $6.5 Million. The contract line items are on the attached Schedule (Attach 4). Vendors shall enter proposed prices on the Price Schedule and return with other required documents as their proposal. To be eligible for award under this solicitation, the vendor must be listed prior to award with current status on the Central Contractor Registration (CCR) website (www.ccr.gov) and the vendor's representations and certifications must be updated and complete in the Online Representations and Certifications Applications website at https://orca.bpn.gov/. Finally, the vendor must not appear on the excluded parties' list system (EPLS). Quotes will be evaluated according to FAR Part 13, Simplified Acquisition Procedures. Award will be made to offer that represents the best value to the Government. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Best value will be determined by considering total price, technical capability, and past performance. Contractors shall provide the past performance questionnaire, attachment 3. to a minimum of one (1) up to three (3) Government agencies that received similar services from the contractor within the last five years. These agencies will send the completed questionnaires to the contracting officer. Past performance information is due by 4:30 pm EDT, June 24, 2010. Past performance shall be submitted via email to Micheal Weaver, Contract Specialist at micheal.weaver@dhs.gov, or faxed to (407) 816-4680. Vendors are responsible for confirming receipt of their past performance. Past performance questionnaires received after this date and time late will not be considered for award. CLAUSES INCORPORATED BY REFERENCE (Feb 98) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 98) This contract incorporates one or more clauses by reference with the same force and effect as if they were given in their full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address; http://www.arnet.gov/far. 52.204-7 Central Contractor Registration (Jul 2006) 52.212-1 Instruction to Offerors (June 2008) 52.212-3 Offeror Representations and Certification-Commercial Items (ORCA) (FEB 2009) 52.212-4 Contract Terms and Conditions-Commercial Item (Feb 2007) CLAUSES INCORPORATED IN FULL TEXT 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders --Commercial Items (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28, Post Award Small Business Program Representation (June 2007) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (xi) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.227-17 Rights in Data-Special Works. As prescribed in 27.409(e), insert the following clause: RIGHTS IN DATA-SPECIAL WORKS (DEC 2007) (a) Definitions. As used in this clause- "Data" means recorded information, regardless of form or the media on which it may be recorded. The term includes technical data and computer software. The term does not include information incidental to contract administration, such as financial, administrative, cost or pricing, or management information. "Unlimited rights" means the rights of the Government to use, disclose, reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, in any manner and for any purpose, and to have or permit others to do so. (b) Allocation of Rights. (1) The Government shall have- (i) Unlimited rights in all data delivered under this contract, and in all data first produced in the performance of this contract, except as provided in paragraph (c) of this clause. (ii) The right to limit assertion of copyright in data first produced in the performance of this contract, and to obtain assignment of copyright in that data, in accordance with paragraph (c)(1) of this clause. (iii) The right to limit the release and use of certain data in accordance with paragraph (d) of this clause. (2) The Contractor shall have, to the extent permission is granted in accordance with paragraph (c)(1) of this clause, the right to assert claim to copyright subsisting in data first produced in the performance of this contract. (c) Copyright- (1) Data first produced in the performance of this contract. (i) The Contractor shall not assert or authorize others to assert any claim to copyright subsisting in any data first produced in the performance of this contract without prior written permission of the Contracting Officer. When copyright is asserted, the Contractor shall affix the appropriate copyright notice of 17 U.S.C. 401 or 402 and acknowledgment of Government sponsorship (including contract number) to the data when delivered to the Government, as well as when the data are published or deposited for registration as a published work in the U.S. Copyright Office. The Contractor grants to the Government, and others acting on its behalf, a paid-up, nonexclusive, irrevocable, worldwide license for all delivered data to reproduce, prepare derivative works, distribute copies to the public, and perform publicly and display publicly, by or on behalf of the Government. (ii) If the Government desires to obtain copyright in data first produced in the performance of this contract and permission has not been granted as set forth in paragraph (c)(1)(i) of this clause, the Contracting Officer shall direct the Contractor to assign (with or without registration), or obtain the assignment of, the copyright to the Government or its designated assignee. (2) Data not first produced in the performance of this contract. The Contractor shall not, without prior written permission of the Contracting Officer, incorporate in data delivered under this contract any data not first produced in the performance of this contract and that contain the copyright notice of 17 U.S.C. 401 or 402, unless the Contractor identifies such data and grants to the Government, or acquires on its behalf, a license of the same scope as set forth in paragraph (c)(1) of this clause. (d) Release and use restrictions. Except as otherwise specifically provided for in this contract, the Contractor shall not use, release, reproduce, distribute, or publish any data first produced in the performance of this contract, nor authorize others to do so, without written permission of the Contracting Officer. (e) Indemnity. The Contractor shall indemnify the Government and its officers, agents, and employees acting for the Government against any liability, including costs and expenses, incurred as the result of the violation of trade secrets, copyrights, or right of privacy or publicity, arising out of the creation, delivery, publication, or use of any data furnished under this contract; or any libelous or other unlawful matter contained in such data. The provisions of this paragraph do not apply unless the Government provides notice to the Contractor as soon as practicable of any claim or suit, affords the Contractor an opportunity under applicable laws, rules, or regulations to participate in the defense of the claim or suit, and obtains the Contractor's consent to the settlement of any claim or suit other than as required by final decree of a court of competent jurisdiction; and these provisions do not apply to material furnished to the Contractor by the Government and incorporated in data to which this clause applies. (End of clause) 3052.242-72 Contracting officer's technical representative. As prescribed in (HSAR) 48 CFR 3042.7000, insert the following clause: CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR 1: Technical capability: Provide documentation that shows qualifications described in sufficient detail to evaluate compliance with the requirements in the request for quote and capability to perform the services required in the Statement of Work (SOW). This includes but is not limited to résumés of personnel who will perform the service, and examples showing the ability to transcribe audio recordings into written format, translation skills, ability to produce a professional product as described in the SOW, as well as fluency in written and spoken English, Khran, and Liberian English. The Government will evaluate the contractor's technical capability to perform the work specified in the SOW. Evaluation will include: (1) demonstrated fluency in written and spoken English; (2) demonstrated fluency in written and spoken Khran(3) demonstrated fluency in written and spoken Liberian English; (4) professional experience transcribing documents from audio recordings; (5) professional experience translating documents from Khran and Liberian English into English; and (6) experience producing professional, edited finished translation products. FACTOR 2: Cost/Price: 1. Vendor must submit unit prices for every line item listed. 2. The vendor's price shall be inclusive of all the vendor's direct costs, indirect costs and profit and shall include all costs associated with providing the services described in the Statement of Work. 3. The Government shall not be responsible for compensating the Contractor for any costs tied to solicitation requirements but not factored into the quoted prices, either by the Contractor's intention or by mistake FACTOR 3: Past Performance The Government will evaluate the contractor's record of performing work similar in scope and magnitude to the current requirement. Relevancy to the current requirement will be determined by the contracting officer. "Scope" relates to expert services specific Translation and Transcription services. "Magnitude" relates to the breath of services required under this SOW. For at least one (1) up to three (3) contracts performed within the past five years, Offerors shall submit a brief explanation of the previously performed work including any difficulties encountered during performance, resolution of performance issues, and a Point of Contract including telephone and e-mail address of the individual(s) responsible for administering that work. The Government may contact any POC or utilize any other information available to asses past performance. Offerors without a record of past performance will receive a "Neutral" rating, which is neither positive nor negative.) Page limit is set at 15 not including title page, Past Performance documents and or fax cover sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f91564abf4d3db68afd6e51f8c2ca844)
 
Place of Performance
Address: DHS/ICE/OPLA Mission Support, 7701 N. Stemmons Freeway, 8th Floor, Dallas, TX 75247, Dallas, Texas, 75247, United States
Zip Code: 75247
 
Record
SN02181935-W 20100620/100618234659-f91564abf4d3db68afd6e51f8c2ca844 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.